Posted: March 26, 2025, 12:27 p.m. EDT
The purpose of this Request For Information Loopback announcement is to provide notice that the planned acquisition strategy for 36C10B25Q0105, Rauland Responder V Nurse Call System Maintenance and Support Services has been revised from a Veteran-Owned Small Business set aside to a Small Business set-aside. The solicitation is planned to be released on SAM.gov under NAICS code 541519 within the next few weeks. Please continue to monitor this posting for updates.
Posted: Feb. 5, 2025, 11:12 a.m. EST
Posted: Jan. 10, 2025, 11:17 a.m. EST
Posted: Jan. 2, 2025, 3:39 p.m. EST
Posted: Dec. 17, 2024, 5:08 p.m. EST
Request for Information Maintenance and Support services for Rauland V Nurse Call System 36C10B25Q0105 (VA-25-00020517) Introduction This Request for Information (RFI) is for planning purposes only and shall not be considered an Invitation for Bid, Request for Task Execution Plan, Request for Quotation, or a Request for Proposal. Additionally, there is no obligation on the part of the Government to acquire any products or services described in this RFI. Your response to this RFI will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this RFI. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received for this effort. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this RFI. The North American Industry Classification System (NAICS) for this requirement is 541519-Other Computer Related Services with a size standard of $34 million. 2. Submittal Information: All responsible sources may submit a response in accordance with the below information. There is a page limitation for this RFI of (10) pages. The Government will not review any other information or attachments included, that are in excess of the (10) page limit. NO MARKETING MATERIALS ARE ALLOWED AS PART OF THIS RFI. Generic capability statements will not be accepted or reviewed. Your response must address capabilities specific to the services required in the attached PWS and must include the following: Interested Vendors shall at a minimum, provide the following information in the initial paragraph of the submission: Name of Company Address Point of Contact Phone Number Fax Number Email address Company Business Size and Status For VOSB and SDVOSBs, proof of verification in SBA VetCert. NAICS code(s) Socioeconomic data Data Universal Numbering System (DUNS) Number Existing Contractual Vehicles (GWAC, FSS, or MAC) Provide a summary of your capability to meet the requirements contained within the draft PWS. Corporate experience or expertise in performing these services and specific examples or references. Specific examples or references provided must include the agency, point of contact, dollar value, and contract number. Your company s intent and ability to meet the set aside requirement in accordance with VAAR 852.219-73 (JAN 2023) (DEVIATION) VA Notice of Total Set-Aside For Certified SDVOSBs and 13 CFR 125.6, which states the contractor will not pay more than 50% of the amount paid by the government to the prime for contract performance to firms that are not certified SDVOSBs listed in the SBA certification database (excluding direct costs to the extent they are not the principal purpose of the acquisition and the SDVOSB/VOSB does not provide the service, such as airline travel, cloud computing services, or mass media purchases). When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract. If you are an authorized distributor or authorized to perform maintenance and support services for Rauland- Borg Corporation s Rauland V Nurse Call system please provide authorization letter from the OEM (this letter will not count towards your page limit). Has the draft PWS provided sufficient detail to describe the technical requirements that encompass the software development and production operations support services to be performed under this effort. ______ YES _______ NO (if No, answer question g.) If NO , please provide your technical comments/recommendations on elements of the draft PWS that may contribute to a more accurate proposal submission and efficient, cost-effective effort. 3. Response information Responses are due no later than (1400 EST), (12/31/2024) via email to (Justin Daniel), Contract Specialist at (Justin.Daniel@va.gov) and (Evan Schlisserman), Contracting Officer at (Evan.Schlisserman@va.gov). Please note Maintenance and Support services for Rauland-Borg s Rauland V Nurse Call System in the subject line of your response. Mark your response as Proprietary Information if the information is considered business sensitive. The email file size shall not exceed 5 MB. **Please note this RFI will also be posted in two places: SAM.gov and National Aeronautics Space Administration (NASA) Solutions for Enterprise-Wide Procurement (SEWP) Government-Wide Acquisition Contract (GWAC). Interested vendors only need to reply to one of these postings.
Background
The Department of Veterans Affairs (VA), Office of Information & Technology (OIT), South Texas Veterans Healthcare System aims to provide high-quality, effective, and efficient Information Technology (IT) services to support the care of Veterans.
This Request for Information (RFI) is intended for planning purposes only and does not constitute a solicitation for proposals. The goal is to gather information regarding maintenance and support services for the Rauland V Nurse Call System, which is critical for the VA's mission to deliver timely and compassionate care.
Work Details
The contractor shall provide annual software support, maintenance, and updates for the Rauland Responder 5 Software. This includes:
1. A lump sum cost for repairs, parts, and labor associated with the Rauland Responder 5 system.
2. Technical support and assistance available within one hour of a telephone request for troubleshooting.
3. Services must cover proprietary reporting, assignment, and interface software located at the Audie L. Murphy Memorial Veterans Hospital in San Antonio, Texas.
4. Compliance with various federal information security standards and regulations.
5. Performance metrics and reporting requirements as outlined in the Performance Work Statement (PWS).
Period of Performance
The contract will have one 12-month base period followed by four 12-month option periods, totaling a maximum of 60 months.
Place of Performance
Services will be performed at VA facilities located in the South Texas Veterans Healthcare System, specifically at the Audie L. Murphy Memorial Veterans Hospital in San Antonio, Texas.